|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1996 PSA#1536Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361,
SIOCN-CT, Crane, IN 47522-5099 36 -- SIZE REDUCTION SYSTEM SOL DAAA32-96-B-0003 DUE 031496. POC Cindy
Dant (812) 854-2793, Ronald E. Wise, Contracting Officer. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. Solicitation DAAA32-96-B-0003
is issued as an invitation to bid (IFB). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular FAC 90-34. This solicitation is
unrestricted. All responsible sources may reply. SIC is 3559. Size
standard is 500 employees. Quantity = 1 each Size Reduction System. The
Size Reduction System shall consist of the following minimum salient
characteristics: Item 1. Dual Rotor Crusher, a. Must meet or exceed the
requirements to operate in Class I, Div. 1, Group D and Class II, Div
1, Groups E, F, G for Hazardous Environments, b. Must have a horsepower
rating of at least 5, c. Must have a rate (pounds/hour) of at least
1000, d. Must operate in 0 1/2 C to 40 1/2 C environment, e. Must be no
larger than 18'' x 18'' x 15'' (W x L x H) f. Must have an explosion
proof motor (see a. above) that is rated at 60 cycle, 240 volts and
three phase, h. Must include hardfacing on rotors, i. Must weigh no
more than 500 pounds. Item 2. ``Mikro''-pulverizer/Hammer Mill, a. Must
have a horsepower rating of at least 40, b. Must have a footprint no
larger than 6.5' by 6.5', c. Must have a height of no more than 4', d.
Must weigh no more than 3000 pounds, e. Must have structural steel
base with stand legs, f. Must have a variable speed feed drive with a
horsepower rating of at least .75, g. Must meet or exceed the
requirements to operate in Class I, Div. 1, Group D and Class II, Div.
1, Groups E, F & G for Hazardous Environments, h. Must have at least
three `herringbone' screens including sizes .010'', .035'' and .062'',
i. Must include a feed hopper with safety magnet and three 15/16''
(+/-1/16'') augers, j. Must have tungsten carbide tipped hammers, k.
Must have 304 stainless steel product contact construction, l. Must
have explosion proof motors (see g. above) that are rated at 60 cycle,
240 volts and three phase, m. Must have air relief and outlet bags, n.
Must include the following replacement parts: 1) main drive belts (qty
= 8), 2) feed drive belt (qty = 2), and 5) liner 304SS with hardware.
Warranty: 1. The contractor shall offer the Government at least the
same warranty terms, including offers of extended warranties, offered
to the general public in its customary commercial practice; however,
the warranty shall not be for less than a one year time period. A copy
of the warranty shall be furnished with the size reduction system. a.
If conflict occurs between terms of warranty and terms of contract,
contract rules. The contractor shall furnish 2 complete sets of all
data pertaining to the system, operation, maintenance and its major
subcomponents including parts list. One copy required one week prior to
shipment of machine. One copy shall be placed in a waterproof envelope
marked ``technical data'' and securely attached to the system. Data
shall be sent by certified mail return receipt requested or by other
means which will identify proof of delivery and receipt. All technical
data shall be written in the english language and identified by
manufacture, model number and serial number. The item shall be
delivered to: Crane Army Ammunition Activity, Bldg 148 (SIOCN-IOQ-M),
Crane Indiana 47522-5011. Delivery shall be coordinated at least 24
hours prior to planned delivery by calling (812) 854-2339. The
contractor shall schedule deliveries under this contract to ensure
arrival at destination only on Monday through Thursday (excluding
federal holidays) between the hours of 7:00 AM and 2:00 PM EST. All
deliveries made through the United States Postal Service (U.S. Mail)
shall be made to the following address: Commander, Attn: SIOCN-IOQ-M,
Crane Army Ammunition Activity, 300 Highway 361, Crane Indiana
47522-5099. All shipments shall be FOB Destination. The provision at
52.212-1, Instructions to Offerors. Commercial applies to this
acquisition. Provision 52-212-2, Evaluation. Commercial Items is used
with the following included as part of para (a): The following factors
shall be used to evaluate offers in descending order of importance:
(1) price; (2) technical capability of the item offered to meet the
Government's requirements; (3) past performance. Award will be based on
the lowest priced, technically acceptable offer from a vendor with a
satisfactory past performance record. In order for past performance to
be evaluated the following should be provided with your offer: (a) A
description of your government/commercial contracts received or
performed during the past three years prior to closing of this
solicitation. Government contracts are defined as those with the
Federal government and agencies of state and local governments.
Include: (1) Name of contracting activity/commercial firm; (2) Contract
Number; (3) Contract type (fixed price or cost reimbursable); (4) Total
contract value; (5) Description of work/NSN, part number, nomenclature;
(6) Contracting officer/contract manager and telephone; (7)
Administrative contracting officer, if different from (6), and
telephone; (8) A brief summary of each contract cited, to include
Standard Industrial Code and Federal Stock Number. (b) The offeror may
include information on problems encountered on the contracts
identified in (a). Technical capability will be evaluated by comparing
the item offered with the characteristics of the item requested.
Please provide the salient characteristics of the item offered. Size
Reduction System must meet all of the minimum salient characteristics
to be determined responsive. Descriptive literature may be attached.
the provision at 52.212-3, Offeror Representations and Certifications.
Commercial Items shall be completed and included in the offer. The
provision at 52.212-4, Contract Terms and Conditions. Commercial Items,
applies to this acquisition. The clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statues or executive Orders.
Commercial Items, applies to this acquisition and the following
additional clauses are applicable to this acquisition: 52.203-6 Alt I,
52.203-10, 52.212-7000, 52.212-7001, 52.219-8, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225-7000. Any contract awarded as a
result of this solicitation will be a DO rated order certified for
national defense use under the Defense Priorities and Allocations
System (DPAS) (15 CFR 700), and the Contractor will require to follow
all of the requirements of this regulation. All offers are due not
later than 2:00 PM EST on 14 March 1996. Required delivery of the
Inspection system will be 120 days after award of contract. Inspection
and Acceptance will be at destination. Offers shall be addressed to:
Crane Army Ammunition Activity, ATTN: SIOCN-CT, 300 Highway 361, Crane
IN 47522-5099. Bid number should be placed under the contractor's
return address for routing purposes. Descriptive literature necessary
to determine technical capability should be submitted with offer. Cindy
Dant, Contract Specialist, may be contacted at (812) 854-2793. (051) Loren Data Corp. http://www.ld.com (SYN# 0344 19960221\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|